Cctv Camera Tenders
Northern Bukidnon State College Tender
Others
Philippines
Details: Description "republic Of The Philippines Northern Bukidnon State College Procurement Management Office Manolo Fortich, 8703 Bukidnon • 0953-917-0209 • Nbscbac2021@nbsc.edu.ph Creando Futura, Transformationis Vitae, Ductae A Deo Request For Quotation ____________________________________________ Name Of The Company" "____________________________________________ Company Address" Contact No: __________________ Philgeps Reg. No:___________________________________ Pr No: 2025-03-0224-01cf Landbank Account Number:____________________________ The Northern Bukidnon State College Intends To Apply The Sum Of Six Hundred Four Thousand Three Hundred Forty-nine Pesos (php 604,349.00) Being The Approved Budget For The Contract (abc) To Payments Under Contract For The Research Development And Innovation Division - Purchase Of Information And Communications Technology Equipment For Other Projects: Futures Thinking: Capacity Development On Futures Thinking And Strategic Foresight Use More Particularly Described As Follows; Item No. Qty Unit Item Description Approved Budget For The Contract Unit Cost Total Cost 1 5 Unit "indoor Projector Lcd Projector -3,800 Lumens Of Color And White Brightness -native Xga Resolution And 4:3 Performance -long Lamp Life Of Up To 12,000 Hours In Eco Mode -built-in Moderator Function3 For Easy Sharing Using Iprojection -advanced Network Connectivity" 604,349.00 2 1 Unit "biometric Fingerprint Time Attendance With The Following Specifications: 1. Finger Print Capacity: 10,000 Or More 2. Can Register At Least 4 Fingers Per Person 3. User Capacity: 10,000 Or More 4. Record Capacity: 100,000 Or More 5. Communication:tcp/ip, Usb (host And Client) Wifi (optional) 6. Display: 2.4 Inches Or Higher: With Application Software For Monitoring 7. Csc Compliant Dtr Maker (csc Form No. 48) 8. Backup Battery: At Least For 4 Hours 9. Wall Mounted 10. Electric Generated With One (1) Year Warranty And 7 Days Replacement 11. Price Must Be Vat Inclusive 12. T9 Input 13. With Heavy Duty Uninterruptible Power Supply (ups) Includes Installation Charges And Orientation" 3 3 Unit "video Camera For Conference Room Size ( With Mount): 142mm X 58mm X 58mm, Max Video Resolution: 4k@30fps, 1080p/60 Fps,mjpeg,h264, Zoom: 4x Focus Type: Af/mf, Hdr, Fov(d): 86"", Built-in Audio Built-in Dual Omnidirectional Mics With Noise Reduction " 4 7 Set "digital Wireless Handheld Microphone Set Branded & Brand New, Heavy Duty; Dual Channel Diversity Receiver ; 2 Aa Size Batteries Rechargeable; 2 Vocal Wireless Microphone; Anti-rolling Ring On Grille With Audio Connector For The Mixer" 5 6 Set Digital Cctv (dvr - At Least 4 Chanel Dome Camera - 650 Tvl Vandal Dome Camera Outdoor Camera - 700 Tvl Outdoor Bullet Camera Cctv Cable - Precut Siamese Cable 4x Power Supply-12 Volts Lamp 4x Hdd- 1tb 6 4 Unit "camera Stabilizer - 3-axis Handheld Gimbal For Dslr And Mirrorless Cameras -up To 4.4lbs Payload - Black With Camera Stabilizer Bag" 7 2 Unit Condenser Microphone With 34mm Large Diaphragm, Professional Cardioid Studio Mic 34mm Large Diaphragm 8 4 Pc Studio Monitor Speakers 9 2 Unit "branded Camera Sensor: 24.1 Megapixel Aps-c Cmos Sensor Iso Range: 100 - 6400 (expandable To 12800) Processor: Digic 4+ Image Processor Autofocus (af): 9-point Af System With Cross-type Sensor At The Center Ai Servo And One-shot Af Modes Continuous Shooting: Up To 3 Frames Per Second (fps) Video Recording: Full Hd 1080p At 30fps H 720p At 60fps Battery: Lp-e10 Battery With Approximately 500 Shots Per Charge (using The Viewfinder)" **************************************nothing Follows************************************ Total Amount In Figures: Total Amount In Words: Reminders: 1 All Blank Entries Of The Rfq Must Be Filled Up (philgeps Registration Number, Unit Cost, Total Cost Per Unit, Total Amount In Words, Name, Signature Of The Bidder And Cellphone Number). 2 No Erasures. 3 Incomplete Entries & Entries With Erasure Are Grounds For Disqualification. 4 In Case There Is Inconsistency Between Amount In Figure And Amount In Words, The Latter Prevails. 5 The Project Shall Be Awarded As Per Line Item. "terms And Conditions • Mode Of Procurement: Negotiated Procurement – Small Value Procurement (section 53.9, 2016 Irr Of Ra 9184) • Please Note The Actual Items Are Subject To The Approval In Terms Of Conformity On The Required Specifications Of The Pn/pmc • Price Must Be Vat Inclusive • Total Quotation Must Be Within The Approved Budget Of The Contract (abc) • Payment Term Is Within Thirty (30) Days After Complete Delivery Of Items And Submissions Of Required Documents • Delivery Place: Northern Bukidnon State College Supply And Property Management Office, Manolo Fortich, Bukidnon • Delivery Period: Forty-five (45) Calendar Days • Attached Any Contains That Required Technical Specification Of The Above Items • For First-time Supplier/contractor, Kindly Submit The Following: 1. Mayor’s/business Permit 2. Philgeps Registration Certificate And Or Philgeps Registration Number 3. Income/business Tax Return 4. Original Signed Omnibus Sworn Statement (annex H – Appendix A, 2016 Irr Of Ra 9184). 5. Certificate Of Registration (bir Form 2303) • Northern Bukidnon State College Reserves The Right To Accept Or Reject Any Or All Bids / Price Quotations To Annul The Process And To Reject All Bids At Any Time Prior To Contract Of Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. After Having Carefully Read And Accepted The Conditions As Stated Above, I/we Quote On The Item/s At Price/s Specified Above. _______________________________________________________________ __________________ Printed Name, Signature And Contact Number Of Proprietor/representative Date" Submit Your Quotation Enclosed In A Sealed Envelope On Or Before ____________________________ At Northern Bukidnon State College Or Through Email At Nbscbac2021@nbsc.edu.ph For Further Queries, You May Call At Cell No. 0953-917-0209 And Look For Engr. Eleonor L. Navales. Thank You. Helen E. Maasin, Phd. Bac Chairman"
Closing Date28 Apr 2025
Tender AmountPHP 604.3 K (USD 10.7 K)
Municipality Of Badiangan, Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By A Universal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184 Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Brgy. Botong, Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Installation Of Cctv, Brgy. Botong, Badiangan, Iloilo. Project Identification No. 2025 – 013 – B - Pa. 2.0 The Funding Source Is Through The 20% Barangay Development Fund 2025 Of Barangay Botong, Badiangan, Iloilo In The Amount Of P 100,000.00 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized. 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: P100,000.00 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall, Badiangan, Iloilo The Deadline For Submission Of Bid Is: March 24, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: March 24, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is Barangay Botong, Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The 20% Barangay Development Fund 2025 Of Barangay Botong, Badiangan, Iloilo. The Total Approved Budget For The Contract Is One Hundred Thousand Pesos Only (ᵽ 100,000.00) 1.1(k) The Project Site Or The Delivery Of The Materials Shall Be At Brgy. Botong, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Hon. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To Brgy. Botong Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Hon. Marites Saladero, Punong Barangay, Brgy. Botong, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Materials Shall Have A Warranty Period Of One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Cctv Camera With Accessories - 8 Units Ds 2ce10df3t-pfs 2mp Colorvu Dome Camera - 8 Channel Ids- 7208hqhi-mi/e Dvr - 1 Pc. – 2tb Hdd - 600 Meters - Utp Cable Outdoor - 1 Unit – 24” Led Tv Monitor - 16 Sets – Video Balun 8mp Tvi, Vci, Ahd - 16 Pcs. - Outdoor Box Ip 67 - 12 Pcs. – Dc Plugs (male And Female) - 9 Sets – Centralized Power Supply For Cameras 12vdc 30 Amps. - One (1) Year Warranty - Free Installation 1 Lot 1 Lot 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Cctv Camera With Accessories - 8 Units Ds 2ce10df3t-pfs 2mp Colorvu Dome Camera - 8 Channel Ids- 7208hqhi-mi/e Dvr - 1 Pc. – 2tb Hdd - 600 Meters - Utp Cable Outdoor - 1 Unit – 24” Led Tv Monitor - 16 Sets – Video Balun 8mp Tvi, Vci, Ahd - 16 Pcs. - Outdoor Box Ip 67 - 12 Pcs. – Dc Plugs (male And Female) - 9 Sets – Centralized Power Supply For Cameras 12vdc 30 Amps. - One (1) Year Warranty - Free Installation Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification Number __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Cctv Camera With Accessories - 8 Units Ds 2ce10df3t-pfs 2mp Colorvu Dome Camera - 8 Channel Ids- 7208hqhi-mi/e Dvr - 1 Pc. – 2tb Hdd - 600 Meters - Utp Cable Outdoor - 1 Unit – 24” Led Tv Monitor - 16 Sets – Video Balun 8mp Tvi, Vci, Ahd - 16 Pcs. - Outdoor Box Ip 67 - 12 Pcs. – Dc Plugs (male And Female) - 9 Sets – Centralized Power Supply For Cameras 12vdc 30 Amps. - One (1) Year Warranty - Free Installation 1 Lot Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Closing Date24 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Department Of Education Division Of Siargao Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Unit Item Description Quantity For Socorro National High School Pc Dream Machine Pro Max 2 Technical Specification "dimensions: 442.4 X 43.7 X 285.6 Mm (17.4 X 1.7 X 11.2"") Unifi Application Suite - Network - Protect - Access - Talk - Connect Managed Unifi Devices 200+ Managed Cameras - (50) Hd - (25) 2k - (15) 4k Simultaneous Users Connected 2,000+ Default Wan Ports - (1) 10g Sfp+ - (1) 2.5 Gbe Rj45 Lan Ports - (1) 10g Sfp+ - (8) Gbe Rj45 Ids/ips Throughput 5 Gbps Form Factor Rack Mount (1u) Redundancy Shadow Mode (vrrp) Gateway Failover Dc Power Backup" Pcs Usw-pro-aggregation 2 Technical Specification " Dimensions 442 X 325 X 44 Mm (17.4 X 12.8 X 1.7"") Port Layout 10g Sfp+ 28 25g Sfp28 4 Redundancy Dc Power Backup Layer 3 Yes Form Factor Rack Mount (1u)" Pcs Manageable Switch Pro 24p Poe 6 Technical Specification " Dimensions 442 X 285 X 44 Mm (17.4 X 11.2 X 1.7"") Port Layout 1 Gbe Rj45 24 (16 Poe+; 8 Poe++) (1g/100m/10m) 10g Sfp+ 2 Max. Poe Output Up To Poe++ Total Poe Availability 400w Redundancy Dc Power Backup Layer 3 Yes Form Factor Rack Mount (1u)" Pcs Ceiling-mounted Wifi 7 Ap 70 Technical Specification " Dimensions Ø206 X 46 Mm, (ø8.1 X 1.8"") Wifi Standard Wifi 7 Spatial Streams 6 Coverage Area 140 M² (1,500 Ft²) Max. Client Count 300+ Uplink 2.5 Gbe Mounting Ceiling, Wall (pro Mount Included) Power Method Poe+" Pc 18u (600 Depth) Network Cabinet W/fan & Pdu 1 Technical Specification " With Accessories Pdu And Tray 18u By 600 ∙ Mm: W600 X D600 X H500 ∙ Color: Black ∙ Single Section Wall Mount ∙ Front Glass Door ∙ Front Small Round Lock ∙ Easy Open 2 Sides Door ∙ Fixed Solid Steel Rear ∙ X1 Single Fan X1 Shelf(tray) ∙ X1 Pdu 6 Ways 2m Us Standard With Switch ∙ M6 Screw/cagenuts " Pcs 9u (600 Depth) Network Cabinet W/fan & Pdu 3 Technical Specification " With Accessories Pdu And Tray 9u By 600 ∙ Mm: W600 X D600 X H500 ∙ Color: Black ∙ Single Section Wall Mount ∙ Front Glass Door ∙ Front Small Round Lock ∙ Easy Open 2 Sides Door ∙ Fixed Solid Steel Rear ∙ X1 Single Fan X1 Shelf(tray) ∙ X1 Pdu 6 Ways 2m Us Standard With Switch ∙ M6 Screw/cagenuts " Pcs Android Tablets 3 Technical Specification " Android 13, One Ui 5.1 Nano Sim (5g Version) 12.4-inch Dynamic Amoled 2x Display, 2800 X 1724 *pixel Resolution, 266ppi *120hz Refresh Rate, Hdr10+ *corning Gorilla Glass *3.36ghz Qualcomm Snapdragon 8 Gen 2 For Galaxy *octa-core Processor *12gb Ram *adreno 740 Gpu *256gb/512gb Internal Storage, Expandable Via Microsd *13-megapixel + 8-megapixel (ultra-wide) Rear Cameras, Led Flash *ip68 Dust And Water Resistant *under-display Fingerprint Scanner, Face Unlock *s Pen (included) *wireless Samsung Dex *quad-speakers, Akg-tuned *no Headphone Jack *hspa+, 4g Lte, 5g (select Models) *wifi 6e, Tri-band *bluetoooth 5.3 *gps, Glonass, Bds, Galileo *usb Type-c *dimensions: 285.4 X 185.4 X 5.7mm *weight: 568g *colors: Graphite, Beige *10,090 Non-removable Battery, 45w Fast Charging" Pc Laptop 1 Technical Specification "operating System: Windows 11 *processor: Intel Core I9-14900hx, Up To 5.80 Ghz (24 Cores, 32 Threads) *graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 130w *display: 16inch 16:10 3.2k (3200x2000) 165hz 3ms 10bit 100%dci-p3 430nits Deltae <2 *memory: 32gb Ddr5 5600mhz (16gb+16gb) *storage: 1tb Pcie 4.0 Ssd Interfaces: *right: Usb-a 3.2 Gen1, Electronic Camera Switch, Usb-c (usb-a 3.2 Gen1), Sd Card Slot *left: Usb-a 3.2 Gen1, Usb-c (usb 3.2 Gen2 + Dp 1.4 + 140w Pd), *thunderbolt 4 (usb 3.2 Gen2 + Dp 1.4 + 140w Pd), 3.5mm Audio Port *back: Hdmi 2.1 (4k @ 120hz), Dc-in Features: *dolby Vision, *nvidia G-sync, *nvidia Studio, *tuv Rheinland Certified Low Blue Light Technology Lenovo Vantage *qiankun Cooling *fingerprint Scannner *keyboard And Touchpad: Truestrike Rgb Full-size Keyboard With *numpad, Integrated Ag Glass Precision Touchpad *audio & Mic: Namihic Speaker, Built-in Mic *camera: 1080p Web Camera With Tobii Horizon Head Tracking Support *wireless Connectivity: Wifi 6e *battery And Power: 99wh Li-ion *power Adapter: 300w Adapter *weight And Dimensions: 2kg, *included In The Box: Laptop, Charger, And Quick Start Guide In Chinese" Pcs Sfr+ Rj45 10g Module 10 Technical Specification " Data Rate: 1.25gb/s Data Transfer Rate. Rj45 Copper: Supports Links Cat5e/cat6/cat7 Cables, Up To 100m. Plug And Play: Support Hot-pluggable, No Need To Shut Down The Network Or Device Reboot. Wide Compatibility: Compatible With Cisco Glc-t/glc-te/sfp-ge-t, Ubiquiti Unifi Uf-rj45-1g, Meraki Ma-sfp-1gb-tx, Mikrotik S-rj01, Netgear Agm734, Broadcom, Tp/d-link, Supermicro And Other Open Sfp Transceivers/switches (note: Not Compatible With Hp/hpe Switches). After Sales Service:xzsnet Providing 24/7 Customer Service, 30-day Free Returns, 2-year Warranty And Permanent Technical Support." Pcs Power Backup 4 Technical Specification "*battery Type: Lifepo4 *battery Capacity In Wh: 512 Wh *output Usb: *usb-a Output (x3): 5v, 2.4a (12w Max) *usb-c Output (x1): 5/9/12/15/20v, 5a (100w Max) Output Dc: *1x 12.6v, 10a (126w Max) Dc Car Port *2x 12.6v, 3a (36w Max) Dc5521 Port *output 230 V: *2 X Ac 230 V (eu Schuko) *total Max. 500 W Continuous Power *total Max. 1000 W Peak Power Input Dc: *ac Charge Input Power, X-stream: 660w Max *solar Charge Input Xt60: 220w, 11-50v, 13a (220w Max) *car Charge Input: 12v/24v, 8a (100w Max) *recharge Time Via Ac: 0% To 100% In 60 Minutes *wifi-function: Yes *dimensions: 27 X 26 X 19.6 Cm *weight: 6 Kg" Box Cat6 Pure Copper Outdoor 12 Technical Specification " C6od-c305, Outdoor Cat6 Utp Cable 305m Ofc Material: Oxygen Free Copper [ofc] Pure Copper Cable Construction: Conductor: 23awg (1/0.55mm) Ofc (oxygen Free Copper) Insulation: Hdpe 0.96mm Nos Of Twisted Pairs: 4 Pairs Separator: Polyolefin Tape Filler: Rip Cord Jacket: Inner Pvc, Outer Pe Jacket Thickness: 0.6mm+1.0mm Overall Diameter: 0.252'' (6.4±0.1 Mm)" Pcs Cat6 Patch Panel 24 Ports Modular 10 Technical Specification "1u 24-port Stp Keystone Rack-mounted Patch Panel – Tool-free Cat6/cat7 Zinc Alloy Jacks ● Why Choose It: Designed For High-density Networks, This Patch Panel Delivers Effortless Installation, Superior Shielding, And Rock-solid Stability—perfect For Demanding Setups ● Key Features: ✔ Universal Rack Fit & Heavy-duty Build – Fits Standard 19"" Racks With Cold-rolled Steel Frame Contacts For Long-term Reliability ✔ True Tool-free Setup – No Tools Needed For Keystone Insertion Or Cable Management—saves 60%+ Installation Time With Snap-in Design And Detachable Support Bars ✔ High-speed Shielded Performance – Full Stp Shielding Ensures Flawless Cat6/cat7 Support, Plus Compatibility With Hdmi, Usb, Fiber, And Coaxial (f-type) Adapters ✔ Smart Organization – Removable Labels And Built-in Cable Clips Keep Setups Tidy, While The Grounded Metal Body Prevents Interference ● Package Includes:1u Blank Keystone Patch Panel * 1pc, Rear Cable Management Bar * 1pc, Stp Pass-through Cat6/cat7 Keystone Jack * 24 Pcs, Screw And Nut Set *4 Pcs, Mini Wire Stripper *1pc" Pcs Wire Tester Rj45 Rj11 Cable Tracker Line Finder Multifunction Wire Tracker Ethernet Lan Network Cat5 Cat6 2 Technical Specification " Network Cable Tester Type: Nf-820 Size: 152 X55 X34mm, 252 X45 X28mm Detection Range: 0-1.5m Max. Distance Of Transmission: 1000m Battery Type: Lithium Battery" Pcs Rj45 Pass Through Crimping Network Tool Kit For Cat5e Cat6 Cat7 With Wire Stripper/punch Down Tool/tel/lan Cable Tester 4 Technical Specification " Am688 Tool Set List (for Ez Rj45 Plug) 1x Am688 Rj45 Crimper 1x Am318b Punch Down Tool 1x Lan Cable Tester 1x Mini Cable Stripper 4x Spare Blade(for Crimper)" Packs Cctv Dome Camera 15 Technical Specification "*dimensions = Ø100 X 95 Mm, (ø3.9 X 3.7"") *ir Night Vision :30 M (98 Ft) *face Recognition :yes *license Plate Recognition :yes *smart Detections (people, Vehicles, Animals) :yes *resolution :4k * Field Of View :h: 109.9°, V: 56.7°, D: 134.1° *audio:microphone *weatherproofing :ip66 *tamper Resistance :ik04 Mounting *ceiling, Wall (included) Arm, Pendant, Junction Box (optional) Unifi Application Suite *protect :yes" Pcs Cctv Bullet Camera 25 Technical Specification " Dimensions :without Mount: Ø75.5 X 74.4 Mm, (ø3 X 2.9"") :with Mount: Ø75.5 X 150 Mm, (ø3 X 5.9"") *ir Night Vision :9 M (30 Ft) *smart Detections (people, Vehicles, Animals) :yes *resolution :2k *field Of View :h: 84.4°, V: 45.4°, D: 99.8° *audio :microphone *weatherproofing :ip55 *tamper Resistance:ik04 Mounting :wall, Ceiling, Pole Mount (included) Pc Network Video Reordered 1 Technical Specification " Dimensions :442 X 325 X 44 Mm, (17.4 X 12.8 X 1.7"") Unifi Application Suite :protect :yes, :access :yes Managed Cameras :(60) Hd, :(30) 2k, :(18) 4k Storage Capacity :(4) 3.5"" Drive Bays Data Protection :yes *vantage Point :yes Networking Interface :(1) 10g Sfp+, :(1) Gbe Power Redundancy :yes *form Factor :rack Mount (1u) Door Access Support : Yes" Packs 3.5 Hard Drive For Cctv 16t 8 Technical Specification " Digital Storage Capacity 16 Tb Hard Disk Interface Serial Ata Connectivity Technology Sata Brand Seagate Special Feature Data Recovery Service Hard Disk Form Factor 3.5 Inches Hard Disk Description Mechanical Hard Disk Compatible Devices Camera Installation Type Internal Hard Drive Color Multi-color" Box Cat6 Rj45 Connector 100pcs 2 Technical Specification " Network Cables & Connectors Type :cat 5e, Cat 6 Cable Length :3cm *dimension (l X W X H) :5cm*5cm*5cm " Pcs 1u 19 Inch Rack Mount Cable Management 10 Technical Specification " Color Black Product Dimensions 1.3""d X 19""w X 1.7""h Size 1u Cable Management Material Metal" Pcs Smart Plug (10a@220v) 10 Technical Specification Power Load: 1800w *romote Control * Schedule & Timer * Voice Control * Away Home * Compact Design * Easy Setup Packs Protect Viewport 3 Technical Specification " Dimensions 157 X 52 X 37 Mm (6.2 X 2.1 X 1.5"") Weight Without Mount: 230 G (8.1 Oz) With Tv Mount: 252 G (8.9 Oz) Enclosure Material Polycarbonate Mount Material Polycarbonate" Pc Labor Installation, Materials And Orientation 1 Technical Specification "pvc Pipe 3, Pvc L-bow Connector, Clip Pvc Pipe 2, Pvc L-bow Connector, Clip Pvc Pipe 1, Pvc L-bow Connector, Clip Steel Box 6x6inc Other Materials For Installation Electrical Materials And Wiring Installation Marking, Tabbing, Installation Guide Cable Tie, Cable Organizer, Plastic Molding And Etc." Unit Item Description Quantity For Suyangan Elementary School Pc Dream Machine Pro Max 1 Technical Specification "dimensions: 442.4 X 43.7 X 285.6 Mm (17.4 X 1.7 X 11.2"") Unifi Application Suite - Network - Protect - Access - Talk - Connect Managed Unifi Devices 200+ Managed Cameras - (50) Hd - (25) 2k - (15) 4k Simultaneous Users Connected 2,000+ Default Wan Ports - (1) 10g Sfp+ - (1) 2.5 Gbe Rj45 Lan Ports - (1) 10g Sfp+ - (8) Gbe Rj45 Ids/ips Throughput 5 Gbps Form Factor Rack Mount (1u) Redundancy Shadow Mode (vrrp) Gateway Failover Dc Power Backup" Pcs Manageable Switch Pro 24p Poe 1 Technical Specification " Dimensions 442 X 285 X 44 Mm (17.4 X 11.2 X 1.7"") Port Layout 1 Gbe Rj45 24 (16 Poe+; 8 Poe++) (1g/100m/10m) 10g Sfp+ 2 Max. Poe Output Up To Poe++ Total Poe Availability 400w Redundancy Dc Power Backup Layer 3 Yes Form Factor Rack Mount (1u)" Pcs Ceiling-mounted Wifi 7 Ap 7 Technical Specification " Dimensions Ø206 X 46 Mm, (ø8.1 X 1.8"") Wifi Standard Wifi 7 Spatial Streams 6 Coverage Area 140 M² (1,500 Ft²) Max. Client Count 300+ Uplink 2.5 Gbe Mounting Ceiling, Wall (pro Mount Included) Power Method Poe+" Pcs 9u (600 Depth) Network Cabinet W/fan & Pdu 1 Technical Specification " With Accessories Pdu And Tray 9u By 600 ∙ Mm: W600 X D600 X H500 ∙ Color: Black ∙ Single Section Wall Mount ∙ Front Glass Door ∙ Front Small Round Lock ∙ Easy Open 2 Sides Door ∙ Fixed Solid Steel Rear ∙ X1 Single Fan X1 Shelf(tray) ∙ X1 Pdu 6 Ways 2m Us Standard With Switch ∙ M6 Screw/cagenuts " Pcs Sfr+ Rj45 10g Module 4 Technical Specification " Data Rate: 1.25gb/s Data Transfer Rate. Rj45 Copper: Supports Links Cat5e/cat6/cat7 Cables, Up To 100m. Plug And Play: Support Hot-pluggable, No Need To Shut Down The Network Or Device Reboot. Wide Compatibility: Compatible With Cisco Glc-t/glc-te/sfp-ge-t, Ubiquiti Unifi Uf-rj45-1g, Meraki Ma-sfp-1gb-tx, Mikrotik S-rj01, Netgear Agm734, Broadcom, Tp/d-link, Supermicro And Other Open Sfp Transceivers/switches (note: Not Compatible With Hp/hpe Switches). After Sales Service:xzsnet Providing 24/7 Customer Service, 30-day Free Returns, 2-year Warranty And Permanent Technical Support." Box Cat6 Pure Copper Outdoor 3 Technical Specification " C6od-c305, Outdoor Cat6 Utp Cable 305m Ofc Material: Oxygen Free Copper [ofc] Pure Copper Cable Construction: Conductor: 23awg (1/0.55mm) Ofc (oxygen Free Copper) Insulation: Hdpe 0.96mm Nos Of Twisted Pairs: 4 Pairs Separator: Polyolefin Tape Filler: Rip Cord Jacket: Inner Pvc, Outer Pe Jacket Thickness: 0.6mm+1.0mm Overall Diameter: 0.252'' (6.4±0.1 Mm)" Pcs Cat6 Patch Panel 24 Ports Modular 1 Technical Specification "1u 24-port Stp Keystone Rack-mounted Patch Panel – Tool-free Cat6/cat7 Zinc Alloy Jacks ● Why Choose It: Designed For High-density Networks, This Patch Panel Delivers Effortless Installation, Superior Shielding, And Rock-solid Stability—perfect For Demanding Setups ● Key Features: ✔ Universal Rack Fit & Heavy-duty Build – Fits Standard 19"" Racks With Cold-rolled Steel Frame Contacts For Long-term Reliability ✔ True Tool-free Setup – No Tools Needed For Keystone Insertion Or Cable Management—saves 60%+ Installation Time With Snap-in Design And Detachable Support Bars ✔ High-speed Shielded Performance – Full Stp Shielding Ensures Flawless Cat6/cat7 Support, Plus Compatibility With Hdmi, Usb, Fiber, And Coaxial (f-type) Adapters ✔ Smart Organization – Removable Labels And Built-in Cable Clips Keep Setups Tidy, While The Grounded Metal Body Prevents Interference ● Package Includes:1u Blank Keystone Patch Panel * 1pc, Rear Cable Management Bar * 1pc, Stp Pass-through Cat6/cat7 Keystone Jack * 24 Pcs, Screw And Nut Set *4 Pcs, Mini Wire Stripper *1pc" Pcs Rj45 Pass Through Crimping Network Tool Kit For Cat5e Cat6 Cat7 With Wire Stripper/punch Down Tool/tel/lan Cable Tester 1 Technical Specification " Am688 Tool Set List (for Ez Rj45 Plug) 1x Am688 Rj45 Crimper 1x Am318b Punch Down Tool 1x Lan Cable Tester 1x Mini Cable Stripper 4x Spare Blade(for Crimper)" Box Cat6 Rj45 Connector 100pcs 1 Technical Specification " Am688 Tool Set List (for Ez Rj45 Plug) 1x Am688 Rj45 Crimper 1x Am318b Punch Down Tool 1x Lan Cable Tester 1x Mini Cable Stripper 4x Spare Blade(for Crimper)" Pc Labor Installation, Materials And Orientation 1 Technical Specification "pvc Pipe 3, Pvc L-bow Connector, Clip Pvc Pipe 2, Pvc L-bow Connector, Clip Pvc Pipe 1, Pvc L-bow Connector, Clip Steel Box 6x6inc Other Materials For Installation Electrical Materials And Wiring Installation Marking, Tabbing, Installation Guide Cable Tie, Cable Organizer, Plastic Molding And Etc."
Closing Date22 May 2025
Tender AmountPHP 3.3 Million (USD 60.9 K)
City Of Lipa Tender
Security and Emergency Services
Philippines
Details: Description 1.the Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "supply And Installation Of Cctv(facade And Perimeter)-phase 1" With An Approved Budget For The Contract (abc) Eight Hundred Thousand Pesos Only (php 800,000.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Lot Supply And Installation Of Cctv (facade And Perimeter) Scope Of Works: 1.scaffolding Rental - 1 Lot H-frame Set, Clamps, Ladder & Catwalk, Labor And Etc. / Consumables 2.supply And Installation Of Cctv A.bullet Camera 4mp - 9 Pcs High Quality Imaging With 4 Mp Resolution -24/7 Colorful Imaging -support Human And Vehicle Detection -clear Imaging Even With Strong Back Lighting Due To 120 Db Wdr -efficient H.265+ Compression Technology -support On-board Storage Up To 256gb (sd Card Slot) -built-in Microphone For Real-time Audio Security Certifications: Cb (iec 62368-1) Fcc: 47 Cfr Part 15, Subpart B Ce-emc (en 55032, En 61000-3-2, En 50130-4 Ce-rohs (2011/65/eu Ip67 (iec 60529-2013) B.nvr 32 Channel - 1 Unit Up To 32-ch Ip Camera Inputs H.265+/h.265/h.264+/h.264 Video Formats Up To 2-ch@12 Mp Or 3-ch@8 Mp Or 6-ch@4 Mp Or 12-ch@1080p Decoding Capacity Up To 256 Mbps Incoming Bandwidth Certifications: Part 15 Subpart B, Ansi C63.4-2014 En 55032: 2015, En 61000-3-2, En 61000-3-3, En 50130-4, En 55035: 2017 C. Monitor 43" - 1 Unit 43'' Fhd Monitor Light And Cost-effective Plastic Housing Suitable For Continuous 24/7 Operation 178°h/178°v Extra-wide Viewing Angle For Overall Viewing Performance High Fidelity Digital Processing For A Brilliant And Vivid Video 8ms Fast Response Time With No Image Blurring Or Ghosting Support Multiple Signal Inputs Such As Hdmi, Vga And Usb Built-in Speakers Physical Button And Infrared Remote Dual Control Mode Certifications: Ce/fcc D. Hard Disk 8tb Hdd - 2 Units Hdd 8tb Internal Hard Drive Hdd 3.5 Inch Sata 6gb/s 7200 Rpm 256mb Sanitize Instant Erase (sie) And Self-encrypting Drive (sed) E.24 Port Gigabit Smart Poe Switch - 2 Units 24 X Gigabit Poe Rj45 Ports 1 × Gigabit Rj45 Port 1 X Gigabit Fiber Optical Port Total Poe Power Budget 230 W Unified Cloud Management For Security Systems Network Topology At Your Fingertips Remote Troubleshooting Visualized Topology Management Up To 300 M Long-range Poe Transmission 6 Kv Surge Protection Certifications: Cb (iec 62368-1: 2014, Second Edition) Ce-emc (en 55032: 2015+a11: 2020, En 50130-4: 2011+a1: 2014) Ce-rohs (2011/65/eu) F.poe Switch 16 Port - 4 Units 16 10/100/1000mbps Ports Innovative Energy-efficient Technology Saves Power Consumption Supports Mac Address Self-learning, Auto Mdi/mdix And Auto Negotiation Plug & Play Design Standards:ieee 802.3i, Ieee 802.3u, Ieee 802.3ab , Ieee 802.3x Certifications:fcc, Rohs G.poe Switch 8 Port - 4 Units Eight 10/100/1000mbps Rj45 Ports Equipped With Four 802.3af/at Poe+ Ports With Up To 30w For Each Port, Data, And Power Can Be Transferred On One Single Cable Supports Poe Power Up To 64 W For All Poe Ports* Provides Network Monitoring, Traffic Prioritization, Vlan Features, And Poe Auto Recovery Simple Network Set-up On Top Of Plug-and-play Connectivity Standards: Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3af, Ieee 802.3x, Ieee 802.1q, Ieee 802.1p, Ieee 802.3at Certifications: Fcc, Ce, Rohs H.access Point (wireless) - 6 Units Up To 150mbps On 5ghz Wireless Data Rates 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability -improves Throughput, Capacity And Latency Performance -gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation Certifications: Ce, Fcc, Rohs, Ip65 I.ups 1kva - 1 Unit 1kva, Floor/wall Mount,230v, 4x Universal Outlets, Avr Standards: En/iec 62040-1:2019/a11:2021 En/iec 62040-2:2006/ac:2006 En/iec 62040-2:2018 Certifiactions: Ce J. Tv Wall Bracket - 1 Set Tv Wall Bracket For 43 In Monitor 2. Wires/cables/conduits - Lot Materials Needed For Installation Such As Moldings, Pipes, Adhesives, Cables Brackets, Paint, Clamps Etc 800,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2.philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3.the Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 And Shall Be Received By The Committee On Or Before 5:00 Pm Of May 27, 2025. E-mail : Procurement.lipa@g.batstate-u.edu.ph 4.the Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Ms. Evangeline A. Garcia Head, Procurement Office Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 (043)779-8400 Loc 3105/0917-129-3813
Closing Date27 May 2025
Tender AmountPHP 800 K (USD 14.3 K)
Veterans Memorial Medical Center, Dnd Tender
Manpower Supply
Philippines
Details: Description To Provide Uniformed, Qualified And Armed Security Guards In Three (3) Eight (8) Hours Shift As Follows: 1st Shift: 7:00am To 3:00pm (39 Guards) 2nd Shift: 3:00pm To 11:00pm (34 Guards) 3rd Shift: 11:00pm To 7:00am (27 Guards) Note: Breakdown Of The Post Location Is Posted At The End Of The Technical Specifications. Guards Posted In Designated Area Shall Work (8) Hours Per Shift In Order To Maintain The Efficient Performance Of Their Duties And Responsibilities. Guards Performing More Than Eight (8) Hours Shall Require Approval From The Director Or His Designee/ Representative. This Shall Be Limited And Exclusively Applicable Only To Two (2) Designated Officers Who Shall Be Entitled To Perform Twelve (12) Hours Duty Daily, Thereby Covering All Three (3) Shift Schedules Of The Remaining 8-hour Duty Guards. Vgc Guards Cannot Be Assigned And Posted As Reliever To Vmmc And Vice Versa The Number Of Guards May Be Subsequently Increased Or Decreased To Meet The Actual Needs Of The Service At The Discretion Of The Client. It Is Understood And Agreed That The Guards Assigned By The Contractor Shall Possess The Following Requirements And Qualifications: -must Be At Least 2nd Year In College, With A Minimum Of Three (3) Years’ Experience, Certificate Of Security Guard Training And Recent Certificate Of Neuropsychological Test And Certificate Of Drug Test Must Be Required. -must Possess A License To Practice His Profession Issued By The Pnp- Supervisory Office On Security And Investigation Agencies (sosia) And Other Appropriate Authorities. -good Moral Character, Physically And Mentally Fit, Must Have Attended Pre-licensing Training/basic Security Guard Course -must Be At Least 5’5” For Male And 5’2” For Female In Height Or Over, Ideal Body Weight, Not Less Than 20 Years Old And Not More Than Fifty (50) Years Old. -the Contractor May Post A Minimum Of Five (5) And A Maximum Of Ten (10) Lady Guards Only. -rotation Of Guards Should Be Done At Least One (1) Month In Every Designated Post, Otherwise, Should The Guard Will Retain His/ Her Post In A Longer Period, This Shall Form Part Of The Discretion Of The Head Agency Or His Designee/ Representative. No Guards Shall Be Caught Smoking, Unreasonable Use Of Cellular Phone, Sleeping In Their Tour Of Duty Or Abandoning Their Designated Post Except For Personal Necessity Reasons. -security Guard Is Required To Submit A Duly Accomplished Personal Data Sheet (201 File) To Be Processed And Screened By The Security Coordinator Before They Assume Their Duties/ Or Assignment At The Veterans Memorial Medical Center. In The Event Of Replacement Or Substitution Of Guards, It Shall Require The Disposition Of The Director Or His/ Her Designee Or Representative In The Form Of Formal Request From The Contractor For Recommendation And Approval. Replacement Shall At Least Be Within The Standard Specified In The Special Conditions Of Contract. Moreover, The “contractor” Shall Provide The “client” One-hundred (100) Permanent Security Guard To Be Deployed During The Lifetime Of The Contract For Which Names Shall Be Submitted To The Director Or His/ Her Designee, Other Than The Actual Manpower Requirements Other Instructions Handed Down By Management Mutually Agreed Upon From Time To Time Governing The Security Services, Shall Also Form Part Of The Contract. The Contractor Shall Assume The Responsibility For Proper Performance Ofduties By The Security Guards And Shall Solely Responsible For Any Act Or Omission By Said Security Guards During Their Watch Hours, The Client Being Specifically Released From Any And All Liabilities To Third Parties Or To Anyone Caused By The Act Or Omission Of The Security Guards Of The Contractor. The Contractor Shall Provide The Client With Security Guards With Proper Performance, Experience And Such Other Equipment Needed In The Performance Of The Terms And Conditions Of This Contract Particularly In The Apprehension Of The Trespassers, Troublemakers, Thieves And Pilferers, And The Submission Of Reports On Unusual Incidents That Take Place Within The Premises Of Vmmc. The Contractor Shall Maintain Internal Peace And Order Within The Vmmc Compound, Building Premises And Offices Of The Client And Protect The Welfare, Property And Safety Of The Employees, Patients And Guests Of Vmmc. The Contractor Must Post Guards In Areas Designated By The Client In Accordance With The Overall Security Planning. Must Also Post Guards In Areas As Maybe Necessary Per General Location And Limitations Designated By The Client In Order To Fully Utilize The Services Of The Contractor And Provide The Necessary Logbooks/ Record Books In The Performance Of Their Works And That The Same Shall Be Turned Over To The Client For Safekeeping. The Client Shall Provide The Contractor A Headquarter For The Security Guards To Live In, Of Which The Existing Quarter At Gate 1 Can Be Utilized Subject To Repair/ Renovation, Under The Expense Of The Client. The Contractor Must Provide Appropriate Furniture And Fixtures/counter In All Security Guards’ Post. The Contractor Must Ensure Maximum Security Coverage Of The Vmmc Compound, Building Premises And Offices, And Properties Of The Client. The Contractor Shall Provide Four (4) Boom Poles; Two (2) At Gate 1 And Two (2) At Gate 2. The Contractor Shall At The Start Of The Contract And During The Lifetime Of The Contract Shall Install: -thirty-two (32) Units 3 To 5megapixel Surveillance Camera With Ir & Zoom In (wide Range Fix Camera); -two (2) Sets Digital High Definition Recorder (dvr) 16 Channel 16 Tb (expandable To 32 Tb), -three (3) Units 32” Led Monitor And The Monitoring System Shall Be Installed At The Cctv Control Room Area. The Installation Of Thirty (32) Units 3 To 5 Megapixel Surveillance Camera With Ir & Zoom In Shall Be Determined By The Director, Vmmc Or His Designee. Thirteen (13) Indoor Camera: -one (1) For New Warehouse -two (2) For Renal Dialysis Center -one (1) For Pabx Area -one (1) For Administrative Officer Corridor -one (1) For Pharmacy Section Coverage: Outside Of Main Pharmacy; In And Out From Landing; E-ward Elevator And Staircase -one (1) For Director’s Office Corridor -one (1) For Rdc Fronting Entrance Area -two (2) For Main Entrance For Lobby -one (1) For Valdes Hall Entrance Facing Fullon Hall -one (1) Focus Along Accounting, Nursing Division, Lorenzana Hall And Cmps -one (1) Pedia Ward And Medicine Area Fronting Entrance To Opd And Rdc Nineteen (19) Outdoor Camera: With 19 Floodlights (led 30-50 Watts Solar With Photo Sensor Switch. -one (1) For Ebms Motorpool -one (1) For Medical Oxygen Plant -one (1) For Gate 1 -one (1) For Gate 2 -one (1) For Nds Receiving Area -one (1) For Vip Parking Area -eight (8) For Open Parking Area (4 Each To The Two Parking Areas) -four (4) Vmmc Cottages -one (1) For Electrical Substation Near Evacuation Center Note: All Cameras And Dvr Must Be Inspected By Biomed Prior To Installation. The Contractor Further Shall Provide The Following: A. One (1) Patrol Vehicle For Inspection Purposes And Transporting Apprehended Individuals To Barangay Police Safety Office And Police Station. B. One (1) Unit Motorcycle With Top Down Sidecar C. One (1) Unit Motorcycle Without Sidecar D. One (1) Unit Uhf Base Radio With A Wide Frequency Range Of 144 Mgh With Homebase And Repeater E. Thirty-five (35) Handheld Radios With Headset And With The Same Frequency To Include Battery Pack With Charger For Distribution To Duty Guards, Duty Coordinators And Representative/designee Of The Director. F. One (1) Unit Desktop Computer With Printer For Use Of Security Office Including Stock Of Office Supplies: Logbook, Bond Papers, Ballpens And Others. G. Twenty (20) Licensed Firearms, All In Good Conditions: Seven (7) Long Shotguns And Thirteen (13) Side Arm With Ammo For Use Of The Security Guards. The Serial Numbers And License Of The Firearms Assigned To Vmmc Shall Be Provided To The Client. H. Four (4) Metal Detectors. One (1) Main Lobby, One (1) Cobalt Section, One (1) Dnmr/ Supply Area, One (1) Pedia/medicine. I. Installation Of Camera Should Be Done And Completed Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). J. Supply Of Minimum Of Ten (10) Big Umbrellas At The Lobby Guard. K. Visitors’ Id, Three (3) Colors, 350 Pieces Each Color L. Sandbox For Unloading Firearms, One (1) At Lobby And One (1) At Opd M. Two (2) Megaphones, One (1) At Lobby And One (1) At Opd N. Four (4) Body Camera For Gate Guards “installed Cctv Surveillance Camera Within The Client’s Premises Shall Be Pulled Out By The Previous Contractor After Contract Expires Except For Installed Cable Line To Avoid Physical Damages In The Areas. Should The Previous Contractor Retain The Services, Still They Are Bound To Resume The Specified Requirements Due To The Client Under The Special Conditions Of Contract, And Further Assumes Responsibility In The Preventive Maintenance Service (pms) Including Labor And Materials Until The Contract Expires.” Supply Of Ten (10) Heavy Duty Flashlights For Evening And Night Duty Security Guard, Distributed As Follows: One (1) For Gate 1 One (1) For Gate 2 -one (1) For Medical Oxygen One (1) For Nurses’ Home - One (1) For Lobby One (1) For Cobalt Section 2 -one (1) For Electrical Substation One (1) For Supply Warehouse, One (1) For Department Of Family Medicine And Out-patient Department (opd) One (1) For Roving Guard -the Contractor Shall Provide Such Other Equipment As May Be Necessary To Attain The Purposes Of This Contract. - Hospital Experience. -availability Of Company-owned Canine When Need Arises. -submit Daily Report And Render Complete Investigation Report Of Cases Within Their Jurisdiction And Submit Findings And Recommendations. -quarterly Preventive Maintenance Should Be Done On Installed Cameras And Dvr. Defective Cameras Should Be Repaired Immediately. -provision Of One (1) Detachment Commander The Contractor Shall Be Liable On Items Lost Within The Premises Of The Hospital With Posted/duty Security Guards Caused By Theft And Robbery Due To Their Negligence. The One Hundred (100) Guards Shall Be Fully Vaccinated Against Covid-19 (1st And 2nd Dose) With Or Without Booster. Wearing Of Facemask Is Required To Be Worn At All Times While Inside The Premises For Health Purposes. Gate 1 And Gate 2 Guards Shall Be In Full Uniform And Adequately Armed. To Submit Certificate Of No Pending Case From Dole; To Submit Sss, Philhealth And Pag-ibig Certificate Of Monthly Contribution Within The Last 6 Months; To Submit Dole Certificate Of Compliance To Department Order No. 174; To Submit Nlrc Certificate Of No Adverse Decided Case In Areas Where The Security Agency Has On-going Contract Or Completed Contracts As Of January 01,2022 To December 31,2024. To Submit Security Plan For Vmmc Plan To Include Disaster And Terrorism Plan And Shall Form Part Of The Contract; To Submit Authenticate Photocopy Of Certificate/membership Registration From Phil Association And Protection Agency Operators (padpao); Should Have A Fully Secured Armory; To Provide Statement Of Availability Of Equipment (list Of Required Equipment As Stated In Scc Under Undertakings Clause.) To Submit Health Clearance Of Personnel From The Lgu To Submit Valid License To Operate Issued By The Philippine National Police (pnp) Supervisory Office For Security And Investigation Agencies (sosia) Authorizing Prospective Bidder In Providing Security Services. To Submit Ntc License For Handheld Radios; Compliance To The Criteria Of Performance Evaluation – Annex A Of Bidding Documents.
Closing Date28 Apr 2025
Tender AmountPHP 27.3 Million (USD 485.1 K)
Veterans Memorial Medical Center, Dnd Tender
Manpower Supply
Philippines
Details: Description The Contractor Shall Provide The Client With Security Services With One Hundred (100) Security Guards. To Provide Uniformed, Qualified And Armed Security Guards In Three (3) Eight (8) Hours Shift As Follows: 1st Shift: 7:00am To 3:00pm (33 Guards) 2nd Shift: 3:00pm To 11:00pm (33 Guards) 3rd Shift: 11:00pm To 7:00am (34 Guards) Guards Posted In Designated Area Shall Work (8) Hours Per Shift In Order To Maintain The Efficient Performance Of Their Duties And Responsibilities. Guards Performing More Than Eight (8) Hours Shall Require Approval From The Director Or His Designee/ Representative. This Shall Be Limited And Exclusively Applicable Only To Two (2) Designated Officers Who Shall Be Entitled To Perform Twelve (12) Hours Duty Daily, Thereby Covering All Three (3) Shift Schedules Of The Remaining 8-hour Duty Guards. Vgc Guards Cannot Be Assigned And Posted As Reliever To Vmmc And Vice Versa The Number Of Guards May Be Subsequently Increased Or Decreased To Meet The Actual Needs Of The Service At The Discretion Of The Client. It Is Understood And Agreed That The Guards Assigned By The Contractor Shall Possess The Following Requirements And Qualifications: -must Be At Least 2nd Year In College, With A Minimum Of Three (3) Years’ Experience, Certificate Of Security Guard Training And Recent Certificate Of Neuropsychological Test And Certificate Of Drug Test Must Be Required. -must Possess A License To Practice His Profession Issued By The Pnp- Supervisory Office On Security And Investigation Agencies (sosia) And Other Appropriate Authorities. -good Moral Character, Physically And Mentally Fit, Must Have Attended Pre-licensing Training/basic Security Guard Course -must Be At Least 5’5” For Male And 5’2” For Female In Height Or Over, Ideal Body Weight, Not Less Than 20 Years Old And Not More Than Fifty (50) Years Old. -the Contractor May Post A Minimum Of Five (5) And A Maximum Of Ten (10) Lady Guards Only. -rotation Of Guards Should Be Done At Least One (1) Month In Every Designated Post, Otherwise, Should The Guard Will Retain His/ Her Post In A Longer Period, This Shall Form Part Of The Discretion Of The Head Agency Or His Designee/ Representative. No Guards Shall Be Caught Smoking, Unreasonable Use Of Cellular Phone, Sleeping In Their Tour Of Duty Or Abandoning Their Designated Post Except For Personal Necessity Reasons. -security Guard Is Required To Submit A Duly Accomplished Personal Data Sheet (201 File) To Be Processed And Screened By The Security Coordinator Before They Assume Their Duties/ Or Assignment At The Veterans Memorial Medical Center. In The Event Of Replacement Or Substitution Of Guards, It Shall Require The Disposition Of The Director Or His/ Her Designee Or Representative In The Form Of Formal Request From The Contractor For Recommendation And Approval. Replacement Shall At Least Be Within The Standard Specified In The Special Conditions Of Contract. Moreover, The “contractor” Shall Provide The “client” One-hundred (100) Permanent Security Guard To Be Deployed During The Lifetime Of The Contract For Which Names Shall Be Submitted To The Director Or His/ Her Designee, Other Than The Actual Manpower Requirements Other Instructions Handed Down By Management Mutually Agreed Upon From Time To Time Governing The Security Services, Shall Also Form Part Of The Contract. The Contractor Shall Assume The Responsibility For Proper Performance Ofduties By The Security Guards And Shall Solely Responsible For Any Act Or Omission By Said Security Guards During Their Watch Hours, The Client Being Specifically Released From Any And All Liabilities To Third Parties Or To Anyone Caused By The Act Or Omission Of The Security Guards Of The Contractor. The Contractor Shall Provide The Client With Security Guards With Proper Performance, Experience And Such Other Equipment Needed In The Performance Of The Terms And Conditions Of This Contract Particularly In The Apprehension Of The Trespassers, Troublemakers, Thieves And Pilferers, And The Submission Of Reports On Unusual Incidents That Take Place Within The Premises Of Vmmc. The Contractor Shall Maintain Internal Peace And Order Within The Vmmc Compound, Building Premises And Offices Of The Client And Protect The Welfare, Property And Safety Of The Employees, Patients And Guests Of Vmmc. The Contractor Must Post Guards In Areas Designated By The Client In Accordance With The Overall Security Planning. Must Also Post Guards In Areas As Maybe Necessary Per General Location And Limitations Designated By The Client In Order To Fully Utilize The Services Of The Contractor And Provide The Necessary Logbooks/ Record Books In The Performance Of Their Works And That The Same Shall Be Turned Over To The Client For Safekeeping. The Client Shall Provide The Contractor A Headquarter For The Security Guards To Live In, Of Which The Existing Quarter At Gate 1 Can Be Utilized Subject To Repair/ Renovation, Under The Expense Of The Client. The Contractor Must Provide Appropriate Furniture And Fixtures/counter In All Security Guards’ Post. The Contractor Must Ensure Maximum Security Coverage Of The Vmmc Compound, Building Premises And Offices, And Properties Of The Client. The Contractor Shall Provide Four (4) Boom Poles; Two (2) At Gate 1 And Two (2) At Gate 2. The Contractor Shall At The Start Of The Contract And During The Lifetime Of The Contract Shall Install: -thirty-two (32) Units 3 To 5megapixel Surveillance Camera With Ir & Zoom In (wide Range Fix Camera); -two (2) Sets Digital High Definition Recorder (dvr) 16 Channel 16 Tb (expandable To 32 Tb), -three (3) Units 32” Led Monitor And The Monitoring System Shall Be Installed At The Cctv Control Room Area. The Installation Of Thirty (32) Units 3 To 5 Megapixel Surveillance Camera With Ir & Zoom In Shall Be Determined By The Director, Vmmc Or His Designee. Thirteen (13) Indoor Camera: -one (1) For New Warehouse -two (2) For Renal Dialysis Center -one (1) For Pabx Area -one (1) For Administrative Officer Corridor -one (1) For Pharmacy Section Coverage: Outside Of Main Pharmacy; In And Out From Landing; E-ward Elevator And Staircase -one (1) For Director’s Office Corridor -one (1) For Rdc Fronting Entrance Area -two (2) For Main Entrance For Lobby -one (1) For Valdes Hall Entrance Facing Fullon Hall -one (1) Focus Along Accounting, Nursing Division, Lorenzana Hall And Cmps -one (1) Pedia Ward And Medicine Area Fronting Entrance To Opd And Rdc Nineteen (19) Outdoor Camera: With 19 Floodlights (led 30-50 Watts Solar With Photo Sensor Switch. -one (1) For Ebms Motorpool -one (1) For Medical Oxygen Plant -one (1) For Gate 1 -one (1) For Gate 2 -one (1) For Nds Receiving Area -one (1) For Vip Parking Area -eight (8) For Open Parking Area (4 Each To The Two Parking Areas) -four (4) Vmmc Cottages -one (1) For Electrical Substation Near Evacuation Center Note: All Cameras And Dvr Must Be Inspected By Biomed Prior To Installation. The Contractor Further Shall Provide The Following: A. One (1) Patrol Vehicle For Inspection Purposes And Transporting Apprehended Individuals To Barangay Police Safety Office And Police Station. B. One (1) Unit Motorcycle With Top Down Sidecar C. One (1) Unit Motorcycle Without Sidecar D. One (1) Unit Uhf Base Radio With A Wide Frequency Range Of 144 Mgh With Homebase And Repeater E. Thirty-five (35) Handheld Radios With Headset And With The Same Frequency To Include Battery Pack With Charger For Distribution To Duty Guards, Duty Coordinators And Representative/designee Of The Director. F. One (1) Unit Desktop Computer With Printer For Use Of Security Office Including Stock Of Office Supplies: Logbook, Bond Papers, Ballpens And Others. G. Twenty (20) Licensed Firearms, All In Good Conditions: Seven (7) Long Shotguns And Thirteen (13) Side Arm With Ammo For Use Of The Security Guards. The Serial Numbers And License Of The Firearms Assigned To Vmmc Shall Be Provided To The Client. H. Four (4) Metal Detectors. One (1) Main Lobby, One (1) Cobalt Section, One (1) Dnmr/ Supply Area, One (1) Pedia/medicine. I. Installation Of Camera Should Be Done And Completed Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). J. Supply Of Minimum Of Ten (10) Big Umbrellas At The Lobby Guard. K. Visitors’ Id, Three (3) Colors, 350 Pieces Each Color L. Sandbox For Unloading Firearms, One (1) At Lobby And One (1) At Opd M. Two (2) Megaphones, One (1) At Lobby And One (1) At Opd N. Four (4) Body Camera For Gate Guards “installed Cctv Surveillance Camera Within The Client’s Premises Shall Be Pulled Out By The Previous Contractor After Contract Expires Except For Installed Cable Line To Avoid Physical Damages In The Areas. Should The Previous Contractor Retain The Services, Still They Are Bound To Resume The Specified Requirements Due To The Client Under The Special Conditions Of Contract, And Further Assumes Responsibility In The Preventive Maintenance Service (pms) Including Labor And Materials Until The Contract Expires.” Supply Of Ten (10) Heavy Duty Flashlights For Evening And Night Duty Security Guard, Distributed As Follows: One (1) For Gate 1 One (1) For Gate 2 -one (1) For Medical Oxygen One (1) For Nurses’ Home - One (1) For Lobby One (1) For Cobalt Section 2 -one (1) For Electrical Substation One (1) For Supply Warehouse, One (1) For Department Of Family Medicine And Out-patient Department (opd) One (1) For Roving Guard -the Contractor Shall Provide Such Other Equipment As May Be Necessary To Attain The Purposes Of This Contract. - Hospital Experience. -availability Of Company-owned Canine When Need Arises. -submit Daily Report And Render Complete Investigation Report Of Cases Within Their Jurisdiction And Submit Findings And Recommendations. -quarterly Preventive Maintenance Should Be Done On Installed Cameras And Dvr. Defective Cameras Should Be Repaired Immediately. -provision Of One (1) Detachment Commander The Contractor Shall Be Liable On Items Lost Within The Premises Of The Hospital With Posted/duty Security Guards Caused By Theft And Robbery Due To Their Negligence. The One Hundred (100) Guards Shall Be Fully Vaccinated Against Covid-19 (1st And 2nd Dose) With Or Without Booster. Wearing Of Facemask Is Required To Be Worn At All Times While Inside The Premises For Health Purposes. Gate 1 And Gate 2 Guards Shall Be In Full Uniform And Adequately Armed. To Submit Certificate Of No Pending Case From Dole; To Submit Sss, Philhealth And Pag-ibig Certificate Of Monthly Contribution Within The Last 6 Months; To Submit Dole Certificate Of Compliance To Department Order No. 174; To Submit Nlrc Certificate Of No Adverse Decided Case In Areas Where The Security Agency Has On-going Contract Or Completed Contracts As Of January 01,2022 To December 31,2024. To Submit Security Plan For Vmmc Plan To Include Disaster And Terrorism Plan And Shall Form Part Of The Contract; To Submit Authenticate Photocopy Of Certificate/membership Registration From Phil Association And Protection Agency Operators (padpao); Should Have A Fully Secured Armory; To Submit 201 Files Of Detachment Commander And Security Guards To Provide Statement Of Availability Of Equipment (list Of Required Equipment As Stated In Scc Under Undertakings Clause.) To Submit Health Clearance Of Personnel From The Lgu To Submit Valid License To Operate Issued By The Philippine National Police (pnp) Supervisory Office For Security And Investigation Agencies (sosia) Authorizing Prospective Bidder In Providing Security Services. To Submit Ntc License For Handheld Radios; Compliance To The Criteria Of Performance Evaluation – Annex A Of Bidding Documents.
Closing Date10 Mar 2025
Tender AmountPHP 30.8 Million (USD 537.2 K)
Municipality Of Sta Rosa, Nueva Ecija Tender
Machinery and Tools
Philippines
Details: Description 1. Pillers Assrtd:long Nose (2pcs) - 1 Set 2. Screw Driver Assrtd: Philips (10pcs) Slotted (10 Pcs W/ Multiple Size) – 1 Set 3. Desoldering Tools (2 Pcs Desoldering Tools) - 1 Set 4. Wrenches Assrtd – 1 Set 5. Allen Wrench /key (2 Sets Of Star Bit And 2 Sets Of Hex) - 1 Set 6. Utility Knife/stripper - 2 Pcs 7. Digital Trainer - 1 Set 8. Wire Stripper - 2 Pcs 9. Digital Micrometer - 1 Pc 10. Anti-static Strap - 2 Pcs 11. Anti-static Brush - 1 Pc 12. Anti-static Mat (1.5m X 2m) - 1 Pc 13. Bread Boards (2pcs Standard Size Bread Board W/ Power Supply - 1 Set 14. Combination Plier (2pcs) - 1 Set Equipment 15. Multitester (analog) - 10 Units 16. Multitester (digital) - 10 Units 17. Workshop Table (any Size Of Workshop Table With Outlet) & Breaker - 1 Set 18. High Grade Magnifying Glass W/ Lamp (1table Top High Grade Magnifying Glass) – 1 Set 19. Variable Power Supply (0-30v,3-5a, Digital) – 1 Unit 20. Hot Air Soldering Station - 2 Units 21. Oscilloscope, Digital (at Least 2 Channels) - 1 Unit 22. Function Generator - 1 Unit 23. Electronically-controlled Soldering Station - 1 Unit 24. Drill Bit (1/32) - 10 Pcs 25. Drill (mini Drill 12v) - 1 Unit 26. Soldering Iron-40 Watts (soldering Iron Pen Type 20-30w) - 2 Units 27. Soldering Stand W/ Sponge - 2 Pcs 28. Digital Logic Probes Tv Monitor Led - 1 Unit 29. Microwave Oven (digital) - 1 Unit 30. Washing Machine (digital) - 1 Unit 31. Cctv H264 4 Channel Net Cctv (monitor W/ 4 Camera) - 1 Unit 32. Light Dimmer Kit (any Type) - 2 Sets Recommended Equipment 33. Table Top Reflow Oven - 1 Unit 34. Lead-free Soldering System - 1 Unit 35. Esd Free Workbench W/ Minor Back To Back/one Sided - 1 Set Equipment For Consumer-electronic-electronics Shop/laboratory 36. Audio-video Product/appliance And Component Parts: Radio Receivers - 1 Set 37. Amplifiers (speaker Pa System, Megaphone, Intercom) - 1 Set 38. Electronic Musical Instruments - 1 Set 39. Videoke Player - 1 Set 40. Television (home/portable/monitors)14 Inches - 1 Set 41. Electronic-controlled Washing Machines - 1 Set 42. Microwave Oven - 1 Set 43. Induction Stove - 1 Set 44. Rechargeable Light - 1 Set 45. Electronic Controlled Air Cooler/fan - 1 Set Equipment For Industral Electronics Products And Systems Shop 46. Control Boards And Modules - 1 Set 47. Motor Controllers And Drives - 1 Set 48. Senssors And Input Devices - 1 Set 49. Actuators And Output Devices - 1 Set 50. Optoelectronics Equipment And Devices - 1 Set Materials 51. Soldering Wire (lead Free) 250g - 1 Spool 52. Smd Soldering Paste (50ml) - 1 Pc 53. Smd Soldering Flux (500ml) - 1 Pc 54. Cleaning Brush - 1 Pc 55. Thinner/alcohol - 1 Bot 56. Thermal Paste (5ml) - 1 Pc 57. Ferric Chloride/hydrogen Peroxide - 1 Bot 58. Pail Or Water Bucket - 2 Units 59. Stranded/solid/hook-up Wires - 5 M 60. Wire Stranded-22 Red - 10 M 61. Wire Stranded-22 Black - 10 M 62. Wire Stranded-22 White - 10 M 63. Wire Stranded-22 Blue - 10 M 64. Wire Stranded-22 Yellow - 10 M 65. Wire Stranded-22 Green - 10 M 66. Solid Wires,assrtd Color - 10 M 67. Assrtd Electronic Components - 1 Set 68. Resistors (diff Values,any Wattage) - 50 Pcs 69. Capacitors (different Values Of Capacitance And Voltage) - 50 Pcs 70. Balun (alternative For Bnc Connector) - 10 Pcs 71. Bnc Connector - 10 Pcs 72. Battery (9v For Multitester) - 10 Pcs 73. Battery (1.5v For Multitester) - 20 Pcs 74. Ac Cord - 10 Pcs 75. Alligator Clip - 20 Pcs 76. Capacitor-0.1 Uf 50v - 10 Pcs 77. Capacitor-1000 Uf 25v - 20 Pcs 78. Diode In4001 - 40 Pcs 79. Ic Voltage Regulator-7812 - 10 Pcs 80. Ic Voltage Regulator-7805 - 10 Pcs 81. Solder Wire Snpb - 1 Roll 82. Masking Tape - 1 Roll 83. Printed Circuit Board 3x4-1.5x2 Single Sided - 10 Pcs 84. Presensitized Pcb 4x6 Single Side 85. Resisstor-1 Ohm 1 W - 10 Pcs 86. Switch - 10 Pcs 87. Transformer-750ma - 5 Pcs
Closing Date12 Mar 2025
Tender AmountPHP 450 K (USD 7.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, And Brand-name Descriptions.
the Department Of Veterans Affairs Medical Center Located At 150 South Huntington Avenue, Boston, Ma 02301 Has A Requirement For Maintenance, Repairs And Support For Varian Eclipse & Truebeam.
the Government Intends To Award A Firm-fixed-price Sole Source Contract.
the Government's Determination Not To Compete With This Proposed Contract Based On Responses To This Notice Is Solely Within Its Discretion. This Notice Of Intent Is Not A Request For Competitive Proposals. It Is A Written Notice To Inform The Public Of The Government's Intent To Award On A Sole-source Basis.
interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government.
please Contact Manases Cabrera, Contracting Specialist With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov.
this Notice Will Close On May 2, 2025, At 4:30 Pm Eastern Standard Time (est)
va Boston Healthcare System
scope Of Work (sow)
maintenance, Repairs And Support For Varian Eclipse & Truebeam
523-25-2-7441-0070
3/17/2025
requesting Service: Clinical Engineering.
objective: To Provide Original Equipment Manufacturer (oem)
certified Technicians To Perform The “essentials Service” Outlined In Quote 2024-497937-1. This Includes Maintenance, And Repairs Of The Truebeam Linear Accelerator With Comprehensive Parts Coverage. Treatment Room Devices Cctv Monitors And Cameras, Patient Positioning Lasers, Intercom And In Room Monitors Are Also Covered. Varian Will Replace The Eclipse Workstation Graphics Processing Unit (gpu) Workstation. Reinstall & Configure Eclipse Software. Varian Will Reinstall Eclipse Software & Test The System For Safety And Accuracy. Truebeam Linear Accelerator Is Used In The Operating Room Va Jamaica Plain.
1.1 Period Of Performance: Bhs Requests A One Year Contract.
base 5/11/2025 – 5/10/2026
1.2 Type Of Contract: Firm Fixed Price.
1.3 Contract Award Meeting: The Contractor Shall Not Commence Performance On The Tasks In This Sow Until The Contracting Officer Has Conducted A Kick-off Meeting Or Has Advised The Contractor That A Kick-off Meeting Is Waived.
2.0 Background: Varian Eclipse Is Proprietary Software That Optimizes The Radiotherapy Treatment Plan Based Upon A Physician’s Dose Instructions, And Information About The Size, Shape, And Location Of A Tumor To Be Treated. It’s Used In Conjunction With Va Owned Varian Truebeam Linear Accelerator. Due To Propriety Rights, Only Technicians Certified By Varian Are Qualified To Maintain Them.
2.1 Protected Health Information (phi) Is Accessed By This System. Varian Uses Secure Configuration And Hardening, Authentication And Authorization, Whitelisting, Data Encryption, And Auditing And Logging.
3.0 Scope: The Vendor Shall Accomplish The Deliverables, Provide Certified Technicians, Labor, Personnel, Equipment, Tools, Materials, Parts, Supervision, And Other Items Necessary To Perform Maintenance, Repair. Replacement Parts Are Included. Paragraph 7.1 Below Lists The Equipment Components Serial Numbers That Are Covered By This Service Contract.
3.1 Contractor On Site: When Required By Bhs, And Authorized By Bhs And The Vendor, Field Service Agent (fsa) Must Comply With The Security Requirements Of Paragraphs 4 And 5 Below.
3.2 Professional Qualifications: The Assigned (fsa) Must Have The Appropriate Training, Experience, Expertise, And Current Certification By The Oem To Work On The Equipment Identified In Paragraph 7.1 Below.
4.0 Scheduling A Visit: Contact The Bhs Ce Department At (857) 203-5517 Or Dennis Allen (dennis.allen2@va.gov) Or Another Ce Staff Member To Schedule A Visit At A Mutually Agreed Upon Date And Time.
4.1 Security Requirements: Fsa Shall Report To The Ce Point Of Contact Or Another Government Designated Representative To Check In And Obtain A Short-term Identification (id) Badge. This Must Be Obtained Before Any Work Is Performed.
4.2 Identification: Fsa Must Present A Current (not Expired) Federal Id, Piv Card, State Or Local Government Id Card/badge Before The Temporary Federal Id Badge Is Issued.
5.0 Upon Arrival: All Contractors Will Be Escorted By Htm Staff To The Htm Office Where The Id Presented Is Verified. If Deemed Official, The Ce Liaison Will Have The Contractor Sign In And Will Then Give The Fsa A Temporary U. S. Government Id Badge. The Badge Shall Be Worn Prominently By The Fsa While On Va Property.
5.1 Work Site: The Contractor Will Be Escorted By Ce Staff Or Other Designated Va Employee To The Work Site And Must Return To Htm To Sign Out And Turn-in The Temporary Id Along With The Documented Service Report For The Service Performed.
6.0 Federal Law: The Fsa Must Follow All Government Laws, Rules And Regulations Regarding National Security, Patient Privacy, And Information Security. And Must Adhere To The Privacy Act, Hipaa, And Covid-19 Screening Requirements.
6.1 Unauthorized Work/parts: Work Outside The Scope Of This Agreement Is Not Authorized. Purchase Of Parts Is Not Authorized.
7.0 Authorized Service: Varian “essentials” Service Level Includes: All Parts Needed To Maintain Functionally Of Truebeam, And Treatment Room Coverage Includes Cctv Monitors And Cameras, Lasers Needed For Patient Positioning, Intercom System, In Room Monitors. Eclipse Gpu Hardware Refreshes. See Varian Quote 2024-497937-2 Dated 1/24/2025 For Complete Details Of This Maintenance Agreement And Customer Responsibilities.
7.1 Bhs Equipment To Be Serviced:
manufacturer Device Name
ee#
serial #
eclipse Gpu Server
208562
eclipse Tbox H48v024
208561
truebeam H193181
176050
h193181
kv Imager
hxkc911
mcl 120
hml1379
mv Imager
hxmc911
rapid Arc Delivery
hrd4677
icvi
hec0390
optical Imaging
hoic911
perfect Couch
hpr0853
7.2 Emergency Work: Service Outside Of Scope Of This Agreement Is Not Authorized.
8.0 Deliverables: Field Service Report (fsr) Must Be Completed By The Fsa And A Copy Given To Ce Staff. The Fsr Must Include:
name & Work Phone Number Of Fsa Who Performed Services.
contractor Service Esr Number/log Number.
date, Time (starting And Ending), Equipment Downtime And Hours On Site For Service Call.
identification Of Equipment Serviced To Include:
facility
inventory “ee” Id Number
manufacturer
device Name
model Number
serial Number
8.1 Itemized Description: Of Service Performed (including, If Authorized By A Separate Po, Costs Associated With After Normal Working Hour Services) Including: Labor And Travel, Parts With Part Numbers.
materials Used.
B. Signatures Of Fse And Bhs Employee Who Verified The Work.
8.2 Hours Of Coverage: Support Is Available 9:00am To 5:00pm Monday - Friday.
8.3 Maintenance: Fsa Must Follow And Complete All Steps/part Replacement And Testing Following Oem Pm Guide.
9.0 Va Information And Information Systems & Privacy: Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. The A&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
9.1 Access To Va Information And Va Information Systems: Access To Va Information Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.
9.2 Investigative Requirements: All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
9.3 Custom Software Development: And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
9.4 Contractor: Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor’s Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
10.0 Va Information Custody: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1).
10.1 Va Information: Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor’s Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va’s Information Is Returned To The Va Or Destroyed In Accordance With Va’s Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Follow Va Directive Requirements.
10.2 Prior To Termination: Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor While Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.
10.3 The Contractor/subcontractor: Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Follow Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Va Handbook 6500.6, Contract Security Appendix C. 3.
11.0 Records Management: This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
11.1 “federal Record” As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record: Includes Vha Records. Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract. May Include Deliverables And Documentation Associated With Deliverables.
11.2 Requirements: Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
11.3in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
11.4 In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
11.5 Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
11.6 The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government’s Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
11.7 The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
11.8 The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.
11.9 The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.
11.10 The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
11.11 The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11.12 Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
** Vha Training For Contractors Is Available In Talent Management System (tms): Records Management For Records Officers And Liaisons, Item #3873736
11.13 Flow Down Of Requirements To Subcontractors: The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts, And Require Written Subcontractor Acknowledgment Of Same.
11.14 Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
Closing Date2 May 2025
Tender AmountNA
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Hershel Woody Williams Veterans Affairs Medical Center (vamc) Located In Huntington, Wv Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below.
as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy.
response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice.
respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought.
this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 812930.
if A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Rachael.hallock@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than April 10, 2025 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
interested & Capable Responses:
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources, Rights, And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name (including Unique Entity Id (sam.gov), Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Person Of Contact (including Telephone Number & Email Address).
capability Statement
gsa Contract Number, If Applicable, To Include Naics
brief Summary Of Categories Of Professional Services That Your Company Can Provide.
applicable Certification(s)/licenses
statement Of Work
statement Of Work Part A General Information
a.1 Introduction The Hershel Woody Williams Veterans Affairs Medical Center (vamc) Located At 1540 Spring Valley Drive, Huntington Wv, 25704 Needs A Surface Parking Overflow Area Provided By A Local, Third-party Vendor That Allows For Students, Residents, Fellows, And Veteran Patients Of The Medical Center To Park. This Will Have A Base Period With 3 Option Years.
a.2 Background The Parking Garage At The Medical Center Needs Repairs, Leading To Currently Closing Three Levels Of The Garage And Eliminating Approximately 240 Parking Spaces. Efforts To Increase Parking On The Property Are Not Enough To Offset This Loss. The Facility Already Had A Parking Deficit With Plans Being Developed To Build A Second Garage; However, This Will Not Be Completed In Time To Alleviate Current Constraints Since We Are Only In Design Phase. In Addition To The Current Deficit, With The Return To Office Order Currently In Effect, The Medical Center Is Expecting An Influx Of 350 Vehicles. During The Repairs To The Parking Garage, The Property Cannot Accommodate This Vehicle Capacity.
a.3 Scope Of Work Vendor Will Provide All Labor, Material, Equipment, Tools, And Supervision Necessary To Provide Surface Area Parking Spots To Be Utilized By Students, Residents, Fellows, And Veteran Patients Of The Vamc In Accordance With The Work Requirements Below In Section B.1 Work Requirements. Vendor Is Not Responsible For Shuttle Services.
statement Of Work Part B Work Requirements
b.1 Work Requirements
vendor Will Provide Up To 75-300 Parking Spots:
76-100 Parking Spots. No Less Than 4 Of These Will Be Designated As Handicap Accessible.
101-150 Parking Spots. No Less Than 5 Of These Will Be Designated As Handicap Accessible.
151-200 Parking Spots. No Less Than 6 Of These Will Be Designated As Handicap Accessible.
201-300 Parking Spots. No Less Than 7 Of These Will Be Designated As Handicap Accessible.
parking Spots Are To Be Available For Use By The Vamc During The Hours Of 6:00 Am To 6:00 Pm, Monday Through Friday, Excluding Federal Holidays As Outlined In Section 3, Supporting Information.
surface Parking Area Refers To Outdoor Parking Spaces That Are Uncovered And Not Enclosed By Walls That Are Either Concrete, Gravel Or Asphalt. The Area Must Not Be On A Grassy/soil Surface, Such As Typically Seen With Fairgrounds.
the Area Must Not Be In A Flood Zone And Properly Draining During Rain Events.
handicap Accessible Spots Must Meet The Requirements Of The American Disability Act And State Laws.
they Must Also Have An Access Aisle.
the Vendor Must Have Adequate Lighting In The Area For After Dark.
for Vehicles Utilizing The Lot After 6:00 Pm, The Vendor Is To Contact The Veterans Affairs Police Service (vapd) To Facilitate Communication To Have Vehicle Removed If Necessary.
residents, Fellows, And Veterans May Have Extenuating Circumstances That Require Overnight Stay And Will Be Provided Exceptions By The Vendor For Their Parking.
the Vendor Is Not Permitted To Have Vehicles Towed From The Lot Without First Contacting The Vapd.
the Vendor Will Need The Make And Model Of The Car, As Well As The License Plate Number, When Making The Call To Better Assist Locating The Driver.
for Issues About Overnight Parking, Or Emergency Issues Arising After 4:30 Pm, Please Contact The Vapd At 304-429-6755 X 2855.
statement Of Work Part C Supporting Information
c.1 Place Of Performance Location Will Be Located Within Five (5) To Ten (10) Miles Of 1540 Spring Valley Drive, Huntington, West Virginia.
c.2 Period Of Performance Contract Is For A Base Contract Of One Year Plus Three Optional Renewal Periods As Outlined Below:
base Period: April 28, 2025 April 27, 2026
option Period 1: April 28, 2026 April 27, 2027
option Period 2: April 28, 2027 April 27, 2028
option Period 3: April 28, 2028 April 27, 2029
c.3 Special Considerations
C.3.1 Supervision/communications - The Contracting Officer S Representative (cor) Is Responsible For The Inspection Of The Work Called For In This Contract. The Cor Will Be Identified In The Task Order By Name, Telephone Number And Location. Inspections Made By The Cor Are For The Sole Benefit Of The Government And Do Not Relieve The Contractor Of Any Quality Control Responsibilities. The Cor For This Contract Is Devon Ransbottom. Issues Should Be Reported To As Soon As Possible. All Communication Should Come Through Cor Or The Contracting Officer (co) For This Service. Should The Cor Be Unavailable, The Alternate Contact Will Be The Engineering Chief, Theodore Hamb.
devon Ransbottom
acquisition Utilization Specialist
devon.ransbottom@va.gov
304-429-6755 X 2385
ted Hamb
chief Engineer
theodore.hamb1@va.gov
304-429-6755 X 2373
for Issues About Overnight Parking, Or Emergency Issues Arising After 4:30 Pm, Please Contact The Vapd At 304-429-6755 X 2855.
during The Period Of Performance, The Vendor Shall Provide A Primary And Alternate Point Of Contact Who Will Be Available By Phone Or Email.
c.3.2 Security Security Will Be Park At Your Own Risk . Vamc Will Not Be Supplying Any Type Of Security For The Vehicles In This Space. Vamc Will Not Be Responsible For Damage To Or Theft Of/from The Vehicles Parked In These Spaces.
c.3.2.1 The Vendor Must Have Adequate Lighting In The Area For After Dark Hours.
c.3.2.2 If Is Preferred That The Vendor Have Some Type Of Security To Include Cameras, Cctv, Or Security Rounding By An Agency Other Than Vapd.
c3.2.3 The C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. This Acquisition Does Not Involve Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information. It Does Not Require C&a A Mou-isa For System Interconnection. Contractor Shall Identify Which Employees Will Be Working Under The Awarded Contract.
c.3.3 Contractor Furnished Materials All Labor, Materials, Equipment To Perform The Job. When Furnish , Provide , Install , Or Similar Term Is Used It Shall Mean A Complete Installation, Ready For Use. The Vendor Shall Supply All Parts, Equipment, Material, And Labor To Perform The Work Described Above. The Work Will Include All Items As Described In The Scope Of Work Listed Above.
c.3.4 Federal Holidays The Vamc Has Eleven (11) Federal Holiday Each Year, Listed Below.
new Year S Day
martin Luther King Jr. Day
presidents Day
memorial Day
juneteenth
fourth Of July
labor Day
columbus Day
veterans Day
thanksgiving
and Christmas.
if The Holiday Falls On A Saturday, The Holiday Is Typically Honored The Friday Before. If The Holiday Falls On A Sunday, The Holiday Is Typically Honored The Following Monday.
for Non-recurring Holidays Granted By The President Of The United States, Such As Declared For The Funeral Of Past Presidents, These Will Not Be Considered Holidays By The Vamc For The Purposes Of This Contract.
-end Of Document-
Closing Date10 Apr 2025
Tender AmountRefer Documents
National Labor Relations Commission - NLRC Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description I. Objective The National Labor Relationship Commission Regional Arbitration Branch Xii- Koronadal City That And Safe Work Place Will Contribute To A More Productive Workplace That Will Result To An Efficient And Effective Delivery Of Services. The Regional Arbitration Is Really In Need Of Security Services To Safeguard The Areas And Entire Premises Of The Office, Its Personnel, Properties And Facilities. Ii. Approved Budgetary Requirement The Term Of This Contract Shall Be Effective For The Calendar Year 2025 Starting 01 April 2025 Until 31 December 2025, With A Total Approved Budget For The Contract (abc) Amounting To Two Hundred Seventy-nine Thousand Pesos (279.000.00). Iii. Place Of Assignment Two (2) Security Personnel Shall Be Assigned In Each Branch Of Nlrc Region Xii. One (1) Security Personnel Shall Be Assigned To The National Labor Relation Commission Regional Arbitration Branch Xii Koronadal City Located Art 2nd Floor Jyc Building, Corner Arellano Streets, Brgy. Zone Iii, Koronadal City And One (1) Security Personnel Shall Be General Santos Located Flaviano Building, Albano Streets (former Tieza Streets), Barangay Dadiangas North, General City. Iv. Qualification Of The Service Provider A. Should Have At Least Five (5) Years Of Experience In Providing Security Service To A Government Agency. B. Must Be A Member Of The Philippines Association Of Detective And Protective Agency Operator (padpao) In Good And Active Standing; C. Must Be Duly Licensed And Registered Service Contractor With The Following Agencies C.1. Department Of Labor And Employment C.2. Securities And Exchange Commission, C.3. Department Of Trade And Industry C.4. Cooperative Development Authority C.5.social Security System (sss) C.6.home Development Mutual Fund (pagibig} C.7.philippine Health Insurance Corporation (philhealth) C.8 Bureau Of Internal Revenue D. Must Present At Least One (1) Client/customer Feedback Form With At Least Very Satisfactory Rating From One (1) Government Agency At Least Within The Past Two Years Upon Submission Of Requirements. E. Must Have No Case Filed In Nlrc Rab Xii And Or Any Other Court. V. Work Schedule The Security Agency Must Provide Two (2) Security Personnel With Schedules: Generally, Monday To Friday (except Non-working Days/holidays): 8:00 Am To 5:00 Pm The Contractor Shall Make Available Relievers As May Be Necessary, Who Are Ready To Take Over The Duty Schedules Of The Regular Assigned Guard Who Is Absent For The Day At Nlrc Rab Xii, Koronadal City And Nlrc Srab Xii General Santos City. Vi. General Conditions A. The Responsibilities Of The Security Agency (agency For Brevity) Shall Be, As Follows: 1. The Agency Shall Provide The Nlrc Rab Xii With The Security Service. For This Purpose, The Agency Shall Assign Guards Who Will Safeguard Nlrc’s Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage, As Well As Other Unlawful Acts By Strangers Or Third Parties. They Shall Maintain Peace And Order Within And Around Nlrc’s Premises, Protecting Officials, Employees, Visitors And Guest From Assault, Harassment, Threats, Intimidation, And Other Criminal Activities. Additionally, The Agency Shall Enforce And Implement Nlrc’s Rules, Policies, And Regulations Aimed At Ensuring Security And Safety On Its Premises. 2. The Agency Shall Implement Workplace Health Protocols And Standards For The Prevention And Control Of The Covid-19 Virus. These Measures Must Adhere To The Workplace Handbook/guidelines On Covid-19 Management And Prevention, Which Were Prepared By The Department Of Health (doh) And The Department Of Labor And Employment (dole). Additionally, The Agency Must Comply With Nlrc Directives And Issuances Related To These Guidelines. 3. The Agency Shall Implement Standard Operating Procedure Before, During, And After Calamities And Emergencies Such As Earthquakes, Fire, Floods, And Other Incidents. These Procedures Are Outlined In The Nlrc Service Continuity Plan And Basic Occupational Safety And Health Standards. 4. The Agency Shall Not Disclose Documents Or Logbook Related To Security Matters, Including, But Not Limited To, Entries Regarding The Date And Time Of Arrival And Departure Of Nlrc Officials At The Nlrc Premises, To Any Person, Government Official, Or Entity, Unless Previously Authorized By The Executive Labor Arbiter Of Nlrc Rab Xii Or His/her Duly Authorized Representative. Any Violation Of His Rule Shall Automatically Result In The Cancellation Of The Service Contract. 5. The Agency Shall Assign Two (2) Qualified, Competent, Uniformed, Armed, And Bonded Security Guards With Valid License To Exercise Security Profession To Both Nlrc Rab Xii Koronadal City And Nlrc Srab Xii General Santos City, In Accordance With R.a. 11917 And Other Related Laws And Regulations. The Guards Shall Meet The Following Qualifications, Among Others: A. Filipino Citizen; B. For Security Guards: • At Least A High School Graduate And • At Least One (1) Year Of Security Job Experience. C. Physically And Mentally Fit, Of Legal Age But Not More Than 60 Years Old, Slim Or Medium-built; D. Must Have Passed Regular Security Service Training, A Neuropsychiatric Examination, And Drug Test; E. Must Be Of Good Moral Character, Duly Licensed And Trained By The Pnp, Properly Screened And Cleared By The N.b.i., Police, And Government Offices Issuing Clearance For Employment, And Without A Previous Record Of Any Conviction Of A Criminal Offence Involving Moral Turpitude; F. Security Guards Must Have Attended Training On First Aid Basic Course And Disaster Preparedness. A Certificate To This Effect Shall Be Submitted To Nlrc Before Issuance Of The Notice To Proceed. 6. The Agency Shall Provide The Guards Assigned To The Nlrc With The Necessary Communication Equipment And Other Security Gear, Which May Include Service Vehicles During Emergencies And Calamities. It Is The Agency’s Responsibility To Ensure That When On Duty, The Guards Adhere To The Following Provisions: A. Prescribed Basic Uniform, Which Includes: A. Nigh Stick/baton/truncheon B. Whistle C. Flashlight D. Medicine Kit E. Tear Gas F. Tickler B. Metal Detector/walk-thru Detector At The Main Entrance, Ground Floor Lobby. C. Cctv And Security Cameras At The Identified Strategic Areas. D. Communication Equipment For Each Guard On Duty. E. During A Pandemic, To Prevent The Spread Of The Virus; *face Mask *alcohol Or Sanitizer *other Ppes As May Be Required From Time To Time F. Each Security Guard Must Have At Least Two Sets Of Complete Uniforms, With All Necessary Patches. 7. The Number Of Security Guards May Be Increased Or Decreased Depending Upon The Exigencies Of The Service Or The Security Needs At The Post, As Determined By The Nlrc Based On The Rates Per Shift As Shown In The Approved Budget For The Contract Ii. Guard The Main Entrance For Nlrc Stakeholders A. Enforce A System Of Personnel And Client/visitor Identification; B. With Utmost Courtesy, Conduct Body Scan By Metal Detector, Rigid Inspection Of All Hand Carry Bags, Backpacks Of Client/visitors Upon Entry At The Main Lobby Of The Building; C. Enforce The Policy Of Depositing All Deadly Sharp Objective, Firearms, Big/huge Bag (except For Hand Carry Bag, Body Bag, Waist Bag Containing Personal Belongings, Cellular Phones, Wallet And Other Valuables And Documents) Backpacks Or Baggage At The Counter Of The Entrance Lobby. D. Maintain A Registration Records For Client/visitors Which Contains The Records Of Their Entry And Exit From Nlrc Premises; E. Issue A Color-coded Visitor’s Pass To All Clients/visitors Of Nlrc Upon Deposit Of A Government-issued Id; F. Ensure An Orderly Foot Traffic And Line Up Of Nlrc Stakeholders At The Counter And Main Entrance/exit; G. Prevent Any Unlawful Act Which May Be Committed Against All Nlrc Officials And Employees, Clients And Visitors; And, H. Perform Related Inherent Duties And Responsibilities Of The Security Guard To Respond To Emergency Situation, I.e., Rallies And Demonstration Of Labor Unions On The Labor Cases Pending Before The Commission. 8. The Agency Shall Not Function As An Agent Or Employee Of The Nlrc. The Guards To Be Assigned By The Agency To The Nlrc Shall Not Be Considered Employees Of The Latter; As They Are Under Contract With The Agency For All Intents And Purposes. Accordingly, The Nlrc Shall Not Be Held Responsible For Any And All Claims Related To Personal Injury Or Damage, Including Death, Caused To Any Of The Guards Or Any Third Person. Such Claims Should Arise Out Of , Or Be In The Course, The Lawful Performance Of Security Function Of Said Guards. Vii. Other Matters A. Wage And Mandated Benefit Increase- The Agency Shall Ensure Compliance Of The Mandated Labor And Social Legislation Such As But Not Limited To Sss, Pagibig, Philhealth, Mandated Minimum Wage & Other Labor Standards Benefit Pursuant To A Law, Executive Order, Decree Or Wage Order And Other Rules & Regulation Affecting Employment. B. Billing And Submission Of Documents- The Security Agency Shall Furnish Nlrc Rab Xi A Billing Together With A Copy Of Payroll, Remittance With Official Receipt Sss, Pagibig, Philhealth And Other State Insurance Fund Contributions For The Security Personnel Assigned Every 15th Day Of The Month. Should The Security Agency Fail To Comply, The Nlrc Rab Xii Shall Withhold The Payment For The Current Month Until The Latter Shall Have Complied With Subject Requirement. C. Employer-employee Relationship- The Nlrc Rab Xii Shall Not Be Responsible For Any Claims For General Injury, Including Death Of The Security Personnel In The Course Of The Performance Of The Function Of The Security Guard. It Is Understood That No Employee-employer Relationship Exists Between The Parties, Or Their Employees. D. Liability For Losses And Damages- The Security Agency Shall Be Responsible For Any Loss Or Damages That May Be Incurred By Its Security Personnel. The Nlrc Rab Xi May Suspend Or Withhold Whatever Contract Payments May Be Due To The Security Agency Should They Fail To Pay Such Losses Or Damages Within The Period Given From The Date Of Notice Or Until It Will Be Fully Paid E. Screening And Choosing Of Application- The Nlrc Rab Xii Has The Right To Screen Applicants And Choose The Personnel To Be Assigned. Viii. Notes A. Any Term Condition Or Provision Not Stipulated In This Document Will Be Covered By A Separate Agreement As Agreed Upon By Nlrc Rab Xii And The Service Provider. Ix. Terms Of Payment Payment Shall Be Made On A Monthly Basis For Nine (9) Months Subject To Submission Of Billing Statement And Other Supporting Documents By The Service Provider. Service Shall Only Be Billed Based On Actual Service Received By Thee Nlrc Rab Xii.
Closing Date19 Mar 2025
Tender AmountPHP 279 K (USD 4.8 K)
4491-4500 of 4505 archived Tenders